Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2014 FBO #4677
SOLICITATION NOTICE

58 -- Purchase and Installation of Audio Visual Equipment

Notice Date
9/12/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
14T0240
 
Response Due
9/19/2014
 
Archive Date
11/11/2014
 
Point of Contact
Cristina M. Watkins, 301-394-2529
 
E-Mail Address
ACC-APG - Adelphi
(cristina.m.watkins.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-14-T-0240. This acquisition is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 (release date 25 August 2014). (iv) This acquisition will be completed under full and open competition. The associated NAICS code is 334310. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 The Government requires the purchase and installation of audio visual equipment for three (3) conference rooms located in Building 4603 of the Army Research Laboratory (ARL), 4603 Flare Loop in Aberdeen Proving Ground, MD in accordance with the following Performance Work Statement (vi) Specifications / Salient Characteristics / Statement of Work: C.1 SCOPE: This Performance Work Statement (PWS) outlines the purchase and installation of audio visual equipment for conference rooms located in Building 4603 of the Army Research Laboratory (ARL), 4603 Flare Loop in Aberdeen Proving Ground, MD. The Contractor shall perform audiovisual equipment set up, infrastructure modifications, and equipment relocation in Building 4603 conference rooms 106, 119, and 211. REQUIREMENTS: C.2 AUDIO VISUAL EQUIPMENT SET-UP FOR ROOM 106 C.2.1 The Contractor shall provide and install a projector capable of not less than 5500 lumens brightness, 1920 x 1200 resolution, powered lens shift, powered zoom, and powered focus. The Contractor shall point the projector into the recess on the center of the East wall. The Contractor shall ensure the projected image is no less than 8 feet in height at full-size zoom and that at smaller zoom magnitudes, the zoom and lens shift are adjustable such that the bottom of the projected image is at least two feet (2') from the floor (there are nine foot (9') ceilings in room 106). The Contractor shall ensure the lens shift allows for the top of the projected image to be flushed with the top of the projection screen specified in C.2.2 at all zoom levels. C.2.2 The Contractor shall provide and install a projector screen in the recess on the East wall of the retractable pre-tensioned type, or the fixed type to match the aspect ratio of the projection system in item C.2.1. C.2.3 The Contractor shall provide and install a touch-enabled display system on the North wall of the room, near the Northwest entrance to room 106. The Contractor shall ensure the screen size measured diagonally is no less than 80 quote mark and that the touch-enabled display system provides active annotation capability allowing for annotation to any input source that may later be saved. C.2.4 The Contractor shall provide and install a ceiling-mounted speaker system integrated with the displays in C.2.1 and C.2.3, controllable with the device specified in C.2.8. C.2.4.1 The speaker system shall consist of two (2) sets of a minimum of two (2) speakers, one (1) set per side of the room, relative to the removable partition that separates the room into East and West halves. The two (2) sets of speakers shall be spaced in the North-South direction and provide stereo output. C.2.5 The Contractor shall ensure that the displays specified in C.2.1 and C.2.3 and the audio system specified in C.2.4 are capable of connection to the multiple input sources listed in C.2.5, C.2.6, and section C.2.7. C.2.5.1 Government -owned cable television (TV) provided on standard coaxial connections, with one (1) available in each of the East and West halves of the room. C.2.5.2 Two (2) Government -owned standard ARL Personal Computers (PCs), with one (1) ARL PC connected to each of the displays specified in C.2.1 and C.2.3 respectively. ARL PCs will be equipped with Digital Visual Interface (DVI), Video Graphics Array (VGA), High Definition Multimedia Interface (HDMI), or Displayport outputs. Blu-Ray, Digital Video Disk (DVD), slideshows, and other digital and analog video and audio content shall be sourced from these PCs. C.2.6 The Contractor shall provide and install one (1) input panel in each of the East and West halves of the room to allow a guest PC to provide source video and audio content to either display. Available inputs in each panel shall include at a minimum one (1) Video Graphics Adapter (VGA) port, one (1) HDMI port, one (1) Displayport, and one (1) 3.5 millimeter (mm) audio input. C.2.7 The Contractor shall provide and install Video Teleconferencing (VTC) hardware and software that integrates with the display specified in C.2.1, the speakers specified in C.2.4, and the controller specified in C.2.8. C.2.7.1 The VTC system shall be Cisco C40 video codec in order to allow interoperability with existing Government-owned systems. C.2.7.2 The Contractor shall provide wired or wireless microphones with the VTC system. These microphones shall include a mute function with a visual confirmation of mute. The Contractor shall ensure the microphones are sufficient to provide coverage of the East half of the room. C.2.7.3 The Contractor shall provide and install a high definition VTC camera of minimum resolution 1920x1080 on the East wall of the room, facing West. The Contractor shall ensure the camera has a sufficient field of view to capture participants seated in the East half of the room. C.2.8 The Contractor shall provide, install, and configure a wireless touch panel that coordinates the operation of the systems in C.2. The Contractor shall ensure the touch panel does not rely on a customer-supplied internet connection for communication, as a public network will not be available for usage by any Audio Visual (A/V) equipment in this building. C.2.8.1 The Contractor shall ensure the installed touch panel control system installed detects the status of the room partition and configure menu options and the connected audio and display systems to function accordingly. C.2.8.2 The Contractor shall ensure the touch panel control system is capable of sending the content displayed on C.2.1 to the display specified in C.2.3. C.2.8.3 The Contractor shall ensure the touch panel control system shall use macro-based operation to control video and audio source switching, projector configuration, and to prevent unintended functionality by untrained users of the system. C.2.9 The Contractor shall provide and install a wall-mounted rack for the installation of all required hardware including the VTC system, the ARL PCs, and the amplifier for the sound system. The Contractor shall install the rack in the closet in the Northeast corner of the room. C.3 AUDIOVISUAL EQUIPMENT SET-UP FOR ROOM 119 C.3.1 The Contractor shall provide and install a touch-enabled audiovisual display system on the East wall of the room. The screen size measured diagonally shall be no less than 80 quote mark. The Contractor shall ensure the touch-enabled audiovisual display system provides active annotation capability allowing for annotation to any input source that may later be saved. C.3.2 The Contractor shall ensure that the display is capable of connection to multiple input sources as described in the sub-sections of C.3.2.1-C.3.2.3 and section C.3.3. C.3.2.1 Government -owned cable TV provided on a standard coaxial connection. C.3.2.2 One (1) Government -owned standard ARL PC equipped with DVI, VGA, HDMI, or Displayport outputs. Blu-Ray, DVD, slideshows, and other digital and analog video and audio content shall be sourced from this PC. C.3.2.3 The Contractor shall install an input panel in the table to allow a guest PC to provide source video and audio content to the display specified in C.3.1. Available inputs in each panel shall include at a minimum one (1) VGA port, one (1) HDMI port, one (1) Displayport, and one (1) 3.5mm audio input. C.3.3 The Contractor shall procure and install VTC hardware and software for room 119 that integrates with the audiovisual display specified in C.3.1. C.3.3.1 The VTC system shall be Cisco C40 video codec in order to allow interoperability with existing Government-owned systems.. C.3.3.2 The Contractor shall provide wired or wireless microphones with the VTC system. These microphones shall include a mute function with a visual confirmation of mute. The Contractor shall ensure the microphones are sufficient to provide coverage of the entire room. C.3.3.3 The Contractor shall provide and install a high definition VTC camera of minimum resolution 1920x1080 on the East wall of the room, facing West. The Contractor shall ensure the camera has a sufficient field of view to capture participants seated at the table in room 119. C.3.4 The Contractor shall provide and install an equipment rack on the East wall of the room to house the ARL PC, cable TV, VTC, and any other required hardware. C.4 AUDIOVISUAL EQUIPMENT SET-UP FOR ROOM 211 C.4.1 The Contractor shall provide and install a touch-enabled audiovisual display system on the East wall of the room. The Contractor shall ensure the screen size measured diagonally is no less than 80 quote mark and that the touch-enabled display system provides active annotation capability allowing for annotation to any input source that may later be saved. C.4.2 The Contractor shall ensure the display is capable of connection to multiple input sources as described in C.4.2. C.4.2.1 Government -owned cable TV provided on a standard coaxial connection. C.4.2.2 One (1) Government-owned standard ARL PC equipped with DVI, VGA, HDMI, or Displayport outputs. Blu-Ray, DVD, slideshows, and other digital and analog video and audio content shall be sourced from this PC. C.5 The Contractor shall install an input panel in the table to allow a guest PC to provide source video and audio content to the display specified in C.3.1. Available inputs in each panel shall include at a minimum one (1) VGA port, one (1) HDMI port, one (1) Displayport, and one (1) 3.5mm audio input. C.6 The Contractor shall provide all electrical modifications necessary to support the installation of the hardware specified within C.2, C.3, and C.4. C.7 The Contractor shall provide the ability to turn off the light located in the center of the room nearest the proposed projector installation location either independently, automatically, or in the same circuit as the row of lights located closest to the projection screen on the East wall to prevent glare from interfering with the projected image. C.8 The Contractor shall program, configure, and test all installed hardware and software within C.2, C.3, and C.4 to ensure proper functionality and compatibility. C.9 The Contractor shall provide one (1) spare bulb for the projection systems specified in C.2.1. C.10 The Contractor shall provide one (1) wireless mouse and keyboard for each of the ARL PCs connected to each display, to include two (2) sets in room 106, one (1) set in room 119, and one (1) set in room 211. C.11 The Contractor shall provide a minimum of (1) one year of warranty coverage to include hardware and software malfunctions. C.12 WORK SITE C.12.1 The Contractor shall travel to the ARL site in Aberdeen MD to complete all tasks as defined in the PWS. The Contractor shall perform travel in accordance with the current Joint Travel Regulations (JTR). C.13 DISTRIBUTION C.13.1 The Contractor shall distribute this PWS in accordance with the following distribution statement: Distribution Statement A: 1. Approved for public release; distribution is unlimited. (vii) Delivery is required within 45 days of award. Acceptance shall be performed at US Army Research Laboratory, Aberdeen Proving Ground, APG MD. The Freight on Board (FOB) point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria is as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include three (3) relevant records of past sales from the previous twelve (12) months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price. Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3, 52.203-6 Alt1, 52.204-4, 52.204-7, 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.203-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-13, 52.225-25, 52.232-33, 52.233-3, 52.233-4, 52.243-1, 52.246-2, 52.246-16, 52.249-2, 52.252-1, 252.203-7000, 252.203-7005, 252.204-7011, 252.209-7001, 252.223-7008, 252.244-7000, 252.225-7031, 252.225-7012,252.225-7012, 252.225-7001, 252.232-7003, 252.232-7010, 252.243-7002, 252.247-7023. (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.004-4409 ACC - APG Point of Contact (Apr 2011) 52.004-4411 TECHNICAL POINT OF CONTACT (DEC 2002) 52.016-4407 Type of Contract (SEP 1999); 52.046-4400 Government Inspection and Acceptance (Sep 1999); 52.032-4418 Tax Exemption Certification (Sep 1999); 252.232-7006 WIDE AREA WORKFLOW (WAWF) INFORMATION AND INSTRUCTIONS - For Firm Fixed Price Contracts and/or CLINs (Jun 2012): 52.005-4401 Release of Information by Manufacturers, Research Organizations, Educational Institutions, and Other Commercial Entities Holding Army Contracts (Aug 2006); 52.011-4401 Receiving Room Requirements - APG Alternate I (JAN 2003); AMC-Level Protest Program (Jul 2011); and US Army Contracting Command (ACC-APG) - Adelphi Contracting Division Website. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) Section 508 Program Need Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for the following program need: quote mark Imaging and Video Input Device. quote mark Section 508 Product Requirements Technical standards from 36 CFR part 1194 Subpart B have been determined to apply to this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those technical provisions identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Functional performance criteria from 36 CFR part 1194 Subpart C have been determined to apply to this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those functional performance criteria identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined to apply to this acquisition. Solicitation respondents must describe how the information, documentation, and support proposed for Electronic and Information Technology (EIT) deliverables meet at least those information, documentation, and support requirements identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Section 508 Evaluation Factors Responses to this solicitation will only be considered for award after it has been determined that the proposal adequately addresses the requirements for Section 508. Only proposals which contain adequate information to document their responsiveness to the Section 508 requirements (e.g. a completed GPAT, VPAT or equivalent and supporting documentation) will be eligible for any additional merit consideration. Section 508 Acceptance Criteria Imaging and Video Input Device delivered as a result of this solicitation will be accepted based in part on satisfaction of identified Section 508 requirements for accessibility. Imaging and Video Device delivered must include a completed GPAT, a sample of which is included as a part of this solicitation. Video Teleconferencing System delivered as a result of this solicitation will be accepted based in part on satisfaction of identified Section 508 requirements for accessibility. Video Teleconferencing System delivered must include a completed GPAT, a sample of which is included as a part of this solicitation. Video Teleconference outputs/deliverables should meet applicable accessibility requirements and should not adversely affect accessibility features of existing EIT technologies. Responses to this notice are due 19 September 2014 by 11:59 PM eastern time by email at cristina.m.watkins.civ@mail.mil. Point of Contact for this notice is Cristina M. Watkins, Contract Specialist, Email: cristina.m.watkins.civ@mail.mil, Tel: 301-394-2529
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bc70d48eadbb0330f0b769d30d3800c7)
 
Place of Performance
Address: ACC-APG - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN03509186-W 20140914/140912235856-bc70d48eadbb0330f0b769d30d3800c7 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.